B2 Integrated Drive Generator (NSN: 6615-01-265-2872)
ID: FA8117-25-SS-0011Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Center, is seeking sources capable of providing repair and overhaul services for the B2 Integrated Drive Generator (NSN: 6615-01-265-2872). The contractor will be responsible for all aspects of repair, including labor, materials, logistics, and supply chain management, with an estimated requirement of 10 units for each of the four options outlined. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft components. Interested vendors must submit a Source Approval Request (SAR) package to qualify, and responses should be directed to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil or the secondary contact, Amy Schmitz, at amy.schmitz.1@us.af.mil, by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Repair/Remanufacture Qualification Requirements (RQR-848) for Air Force commodity items under the 848th Supply Chain Management Group. Its primary purpose is to establish minimum technical criteria for source approval to repair or remanufacture critical safety and application items, ensuring compliance with operational safety and management handbooks. It details the process for submitting a Source Approval Request (SAR), including categories of submission—Category I for actual items, Category II for similar items, and Category III for new repairs. The document specifies responsibilities of potential sources in submitting complete SAR packages, including technical data rights and quality assurance documentation. Additionally, it emphasizes the importance of adhering to federal acquisition regulations regarding proprietary data and outlines steps for addressing discrepancies during the SAR evaluation process. The qualifications defined include detailed requirements for various documentation elements, responsibilities for maintaining qualification, and procedures for the evaluation and possible revocation of source status. The guidelines provided aim to facilitate contractors' compliance with the standards necessary for engagement with the AFSC, ultimately supporting national defense objectives through effective logistics and repair capabilities.
    The document is a Sources Sought Synopsis (SSS) issued by the United States Air Force, specifically the Air Force Sustainment Center at Tinker Air Force Base. It aims to conduct market research to identify potential sources capable of providing repair and overhaul services for specific components, particularly the Integrated Drive Generator (IDG) under NSN 6115-01-265-2872. The Government is flexible in considering all business sizes, including various classifications such as Small Disadvantaged Businesses and Women-Owned Small Businesses, to ensure competitive procurement. The SSS outlines that interested vendors must complete a Source Approval Request (SAR) package as part of the qualification process, indicating the necessary labor, materials, and logistics. The SSS emphasizes that this is not a solicitation or proposal request, with no funds available for responses and no contractual commitment implied. The Government will gather information to inform its acquisition strategy without directly reaching out for inquiries. Vendors are encouraged to submit their interest and qualifications to participate in this market research effort.
    The Technical Order (TO) Public Sales Office at Tinker Air Force Base (AFB), Oklahoma, centralizes the distribution of technical orders for defense industry partners related to Tinker, Robins, and Hill AFB. Key guidelines are outlined in Department of Defense Directive (DoDD) 5230.25, which governs the request process for technical data. Requests supporting specific solicitations must be directed to the appropriate contracting office, while those for existing contracts require the submission of an AFTO Form 43. For foreign military sales, TO 00-5-19 serves as a reference. Requests for unsolicited bids or information must be comprehensive, including a signed DD Form 2345 and a letter from the company president detailing the company's background, justification, intended use, and a complete list of required TO Numbers. There is a fee of $65 for each approved TO and additional shipping costs apply. Requestors should expect a response time of approximately 30 days. The document emphasizes the importance of providing technical data to support U.S. military operations and foreign allies, ensuring a structured approach to managing TO requests efficiently. For further details, contact information is provided for the Public Sales Office.
    The document is a data request form intended for companies seeking access to government-controlled data, specifically related to defense-related items, as indicated by the requirement for a valid DD Form 2345. It includes fields for company details like name, address, and contact information, as well as specifics about the data requested, including drawing numbers and descriptions. The form stipulates a $30 administrative and research fee for each line of data provided, with a maximum of 15 lines per request and a minimum fee of $150 if data is furnished. Proper completion of the form is essential, as submissions can be returned if insufficient information is provided. This structure highlights a regulated process for accessing sensitive government data and underscores the financial responsibilities associated with such requests. Overall, the document facilitates the controlled release of data while ensuring compliance with administrative guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    NSN6620-01-544-4853NZ_BuildSetEngine_F100_PN4088395_FD2030-26-00512
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential manufacturing sources for the procurement of Build Set, Engine Mo, NSN 6620-01-544-4853NZ, with an estimated requirement of 1,500 units. This Sources Sought Synopsis aims to assess whether the requirement can be fulfilled competitively or set aside for small businesses, emphasizing the importance of these components for military aviation operations. Interested parties are encouraged to provide company information and may need to complete a Source Approval Request (SAR) package, with responses due by December 17, 2025. For further inquiries, contact Terri Swain Wooten at terri.swain-wooten@us.af.mil or the 430 SCMS at 430scms.afmc.rfiresponses@us.af.mil.
    16--TURBINE,AIRCRAFT CO, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of aircraft turbine components, identified by NSN 7R-1660-010874375-H1, with a quantity of 65 units required. This procurement necessitates engineering source approval to ensure the quality and reliability of the parts, as they are flight critical and require compliance with specific design control procedures. Interested vendors must provide detailed technical data and evidence of previous experience in producing similar items, as only approved sources will be considered for the contract. For inquiries, interested parties can contact Marisa L. Tetkowski at (215) 697-2644 or via email at MARISA.L.TETKOWSKI.CIV@US.NAVY.MIL, with proposals due in accordance with the solicitation timeline.
    Generator, Engine Accessory
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting quotes for the procurement of 29 units of "Generator, Engine Accessory" with National Stock Number (NSN) 2920-01-543-1235 and part number 12423713-002. This firm-fixed-price contract includes an option for an additional 29 units and requires that offers be submitted for the total quantity to be eligible for award. The generators are critical components in military vehicle electrical systems, and the solicitation emphasizes that only approved sources, specifically CE Niehoff & Co. or authorized distributors, will be considered for this procurement. Interested vendors must submit their bids via email to Christa Langohr by January 8, 2026, and access to technical data packages requires a current DD 2345 form and registration on SAM.gov. Detailed packaging, marking requirements, and delivery timelines are outlined in the solicitation documents.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    29--SHAFT,GENERATOR DRI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 118 units of the SHAFT, GENERATOR DRI, identified by NSN 2920010274842. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of 17 units. The items are critical for military operations and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    Performance Based Logistics (PBL) for Secondary and Ground-Based Auxiliary Power Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is conducting a Sources Sought notice to identify potential sources for Performance Based Logistics (PBL) solutions related to Air Turbine Starter components for the B-2 and C-130 aircraft. The government is specifically interested in National Stock Numbers (NSNs) 2995-01-441-1056FW and 2995-01-526-8291, which are currently manufactured by Honeywell International Inc., and seeks to determine if other qualified suppliers can provide similar services, including repair, inventory management, and logistics support. This initiative is crucial for maintaining the operational readiness of various aircraft and ground systems, with the potential to amend an existing PBL Request for Proposal based on the responses received. Interested parties should contact Nathan Flinders at nathan.flinders@dla.mil or 385-591-1416, and are encouraged to submit their qualifications and relevant experience by the specified deadline.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    66--GENERATOR,PULSE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a pulse generator, identified by NSN 7R-6625-014941049-BY, with a quantity of 21 units required. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. Interested parties must submit detailed technical data and experience documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, with offers due to the primary contact, Dana N. Knittel, by the specified deadline to ensure consideration for award. For further inquiries, Dana can be reached at (215) 697-5047 or via email at DANA.N.KNITTEL.CIV@US.NAVY.MIL.
    Differential Gear Unit
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research for the manufacture of Differential Gear Units (NSN: 3040-01-172-0271HS, P/N: 734574) at DLA Aviation in Oklahoma City, OK. This Sources Sought Synopsis aims to identify potential sources, including small businesses, to inform the acquisition strategy and assess the feasibility of a competitive procurement or Small Business Set-Aside. The Differential Gear Units are critical components used in various aircraft systems, necessitating reliable manufacturing and quality assurance processes. Interested parties must submit a Source Approval Request (SAR) package detailing their capabilities, with inquiries directed to the 422 SCMS at 422.scms.afmc.rfi@us.af.mil, as no contract will be awarded based on this market research.